Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2020 SAM #6784
SOLICITATION NOTICE

Q -- IDIQ_Psychiatry Base+4 636-20-2-3801-0001 MSO-2020-CMP-0009

Notice Date
6/24/2020 11:15:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26320R0009
 
Response Due
3/24/2020 12:00:00 AM
 
Archive Date
08/24/2020
 
Point of Contact
Amanda Bursaw amanda.bursaw@va.gov
 
E-Mail Address
Amanda.Bursaw@va.gov
(Amanda.Bursaw@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 12 of 12 Schedule and Proposal Instructions Addendum: The Proposal Instructions have been amended in Part II: (e) to reflect that a typicial Inpatient CV shall be provided for proposal evaluations due to the change in the base year requirement. (Attached) The Schedule has also been amended to reflect the intention to award One(1) Outpatient Psychiatrist for the base year. (Attached) Please submit your proposal based on the revised quantity in the schedule. ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS This section provides general guidance for preparing proposals as well as specific instructions on format and content of the proposal. The Offeror s proposal must include all data and information requested herein, and must be submitted in accordance with these instructions. Nonconformance with the instructions provided herein may result in an unfavorable proposal evaluation. Proposals shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of the stated claims. The proposal should not simply rephrase or restate the Governments requirements, but shall address how the Offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their abilities and experience, and will base its evaluation on the information presented in the Offeror s proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. SOLICITATION QUESTIONS: Questions concerning the solicitation will be accepted from the solicitation posting date until 12:00 p.m CST March 10,2020. Questions will only be accepted by e-mail at amanda.bursaw@va.gov. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Faxed proposals will NOT be accepted. Proposals will be accepted by e-mail only directed to amanda.bursaw@va.gov. fferors proposals are to be submitted in three parts: (1) a price proposal (the Price Proposal ), (2) a technical proposal (the Technical Proposal ), and (3) a Past Performance. The offeror shall include only one copy of each part. The offeror is required to submit a copy of the RFP response through e-mail only. The RFP technical response shall be named VISN 23 IOWA Psychiatry IDIQ [Vendor Name] RFP.doc. Pricing information shall be entered into the Schedule of Services section of the RFP (Paragraph B.5 Schedule of Services); no other version of a pricing schedule will be accepted. All submission parts shall be clearly marked with the RFP number at the lower left-hand corner. Each submission part shall be identified as ""PRICE PROPOSAL , ""TECHNICAL PROPOSAL"", and PAST PERFORMANCE . Specific Instructions: PART I PRICE PROPOSAL Submit one copy. (PRICE ALL CLINS) Complete blocks 12, 17a and b, and 30a through c of the RFP, page 1, Standard Form (SF) 1449, and all fill-ins in the Contract Administration Data section of the solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation in its entirety. Insert proposed unit prices for each Contract Line Item Number (CLIN) including all option periods. All price proposals must be submitted using the Schedule of Services section of the RFP. The proposal must be submitted for a base year plus four (4) option periods. Complete the necessary fill-ins and certifications in the Contract Clauses section. Representations and Instructions section shall be returned in its entirety. For Description/Specifications through Contract Clauses sections, the offeror shall submit only the pages that require a fill-in. Return any solicitation amendments to the original solicitation documents, signed by the same official authorized to sign the SF 1449. PART II TECHNICAL PROPOSAL Submit one copy Section 1 Cover letter. Shall be a maximum two-page Cover Letter and shall include the name and address of the organization submitting the proposal, together with the name, address, e-mail address and telephone number of the contact person who has the actual power to legally bind the offeror and make representations relative to the offeror s proposal and any resultant contract, for the offeror. Section 2 Table of Contents. Shall be a detailed Table of Contents and shall include an outline of the proposal, identified by a sequential page number and be section reference and section title. Section 3 Narrative Response to Evaluation Factors. In order to evaluate each proposal, it is necessary that each offeror respond to all items in the same order as presented herein. Offers shall be organized with sections appropriately identified. Offerors are to propose how they intend to fulfill the requirements of this solicitation and how their total offer will meet the minimum needs of the specifications. The response should be concise and provide sufficient information to demonstrate the offeror s capability to satisfactorily perform the objectives. The narrative response shall be typed not less than 12 pitch and be presented in the order of the technical evaluation factors. The offeror will use 8 � x 11 paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11 x 17. Contractor shall submit a listing of key personnel in the following format: PROVIDER NAME:___________________ TITLE/RANK:__________________. Curriculum Vitae of each key personnel shall be submitted with the proposal. Propose a typical Inpatient CV as a representation of the quality psychiatrist you will provide if required for future years. PART III PAST PERFORMANCE Limited to no more than two (2) pages per contract listed. Only references for same or similar type contract. Submit one (1) copy. As part of the evaluation process, the Government will assess each offeror s past performance deemed relevant to the requirements of this solicitation. The offeror shall present factual material dealing with contracts held with other Government agencies or with private sector businesses on which the same or similar services were provided. Information requested includes successful execution of contracts, and in problem areas, the steps taken to resolve or correct. Offerors are cautioned that the Government will use information provided by the offerors and information obtained from other sources in the development of the performance confidence assessments. Quality and Satisfaction Rating for Contracts Completed in the Past Three (3) Years: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract Performance Surveys: The government will evaluate the quality and extent of offeror s performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of no more than five (5) of same or similar type contracts performed for Federal agencies and commercial customers within the last three (3) years. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract listed: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX, email address, and telephone number of the contracting officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If the offeror claims there is no past performance, then that status must be identified to the Contracting Officer not later than the date/time proposals are due from all offerors. SCHEDULE OF SERVICES The Contractor agrees to furnish all personnel to provide services necessary to perform onsite Psychiatry services to eligible beneficiaries of the Department of Veterans Affairs Medical Center, Central Iowa Health Care System Des Moines, Iowa (hereinafter referred to as VA-CIHCS). The contracted psychiatrists care shall cover the range of Psychiatry services (out patient, in patient) as would be provided in a state-of-the-art health care treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by the American Psychiatric Association - http://www.psych.org/practice/clinical-practice-guidelines Contract type: Fixed Price, IDIQ Place of Performance: Services shall be provided on site, VA-CIHCS 3600 30th Street, Des Moines IA 50310 Pricing Instructions: The offeror is instructed to edit the number of sub contract line item number (SUB-CLIN)s to correspond with the number of key personnel submitted for the contract line item number (CLIN). Affiliate Offerors shall include the title of the personnel submitted. Other commercial health care Offerors shall identify by title/position or level of experience the key personnel submitted. Also, renumber SUB-CLINs if adding or removing Key Personnel. The offeror is instructed to include all other than price and cost information supporting the proposed price as directed in Instructions to Offerors addendum to 52.212-1 and/or Section D- Contract Documents, Exhibits, or attachments, VA Directive 1663. The Contractor shall propose up to 3.0 key personnel to be credentialed and be available for scheduling to meet the requirements of the contract One FTE is defined by VA as a minimum of 80 hours every two weeks (2080 hours per year) and does not include holidays. CLIN 0001, 1001, 2001, 3001, 4001 (Out Patient Psychiatrist) Up to two full time board eligible/ board certified psychiatrists for out patient services, (Estimated 80 hours/ week, 320-400 hours/ month, 4160 total hours/ year (12) months) total.� Work hours 0800-1630 Monday through Friday, with one 30 minute lunch, no holidays or on call. 108 Hours of VA Mandatory Training and meetings for each provider is included in total. CLIN 0002, 1002, 2002, 3002, 4002 (In Patient Psychiatrist) Up to one full time board eligible/ board certified psychiatrist for in patient services, (Estimated 40 hours/ week, 160-200 hours/ month, 2080 total hours/ year (12) months).� Work hours 0800-1630 Monday through Friday, with one 30 minute lunch, no holidays or on call. 108 Hours of VA Mandatory Training and meetings for each provider is included in total. BASE Period: 12 months (05-02-2020 -05-01-2021) CLIN No. SUB-CLIN Description Qty. Unit Unit Cost Total Annual Cost 0001 None Board Certified or Board Eligible Psychiatrist, Out Patient, (one at 2080 hours each) 2080 Hours DO NO T PRICE DO NOT PRICE 0001a Psychiatrist NAME:_________________________________ TITLE/LEVEL OF EXPERIENCE:____________ Hours $ $ 0001b Psychiatrist NAME:__e boot. Any hardware should be easy to operate with gloves on. The gaiter should be compatible with snowshoes, skis, and crampons. � Material Requirements: All fabrics shall be water repellant. The upper portion of the gaiter (approximately two-thirds of total length) shall utilize a waterproof, breathable membrane. The lower portion (approximately one-third of total length) shall utilize a fabric that exhibits high abrasion, puncture, and tear resistance. All submissions are encouraged to include certified testing results that demonstrate physical properties, including hydrostatic resistance, water repellency, abrasion resistance, tear strength, and puncture resistance. � � � Garment Requirements: The boot gaiter shall: Prevent snow, water, dirt, and debris from entering the boot or penetrating between clothing layers. Protect the lower pant leg and boot from abrasion, puncture, snagging, and tearing. Utilize materials and construction techniques that minimize compressed bulk. Have a service life of at least 120-days under combat/field use. Be produced in coyote 498 shade. If a submitter is unable to send a shaded sample by the due date, samples may be subdued in shade using earth tones (e.g. brown, green, tan). Be easily donned and doffed. Be Berry Amendment compliant, meaning the end item and all components of the end item are required to be manufactured domestically. Deliverables: Interested parties are requested to provide: Company address, telephone number, primary contact(s) with email address(es) Business size, applicable NAICS code, CAGE code, and if you hold a GSA Federal Supply Schedule contract, your contract number. Brief statement of capability demonstrating background, relevant past experience, technical skills, and available production capacity to fulfill the Government�s requirements described herein. This can also include current or past performance of providing this or similar products to the Government. All assumptions, including any assumed/required Government support. A fact sheet/white paper detailing system specifications (materials, construction, finishes, design features) and relevant testing data/analysis that would indicate performance properties against the requirements listed above. Documentation of Berry Amendment compliance. One pair (sized to fit over a men�s size 10 cold weather hiking boot) of each submitted boot gaiter to be sent to CCDC Soldier Center. Samples are requested to be delivered and received by 6 July 2020. Additional Information: Responses must be electronic only (recommended in PDF file format). All properly marked proprietary information will be appropriately handled. Submitted materials will not be returned. The sample pair(s) will be sent to the following address: ATTN: Patrick Balogh CCDC Soldier Center 15 General Greene Ave BLDG 4 RM 207 Natick, MA 01760-5020 Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information or samples in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to CCDC Soldier Center via e-mail ONLY to mary.k.prebensen.civ@mail.mil and Patrick.s.balogh.civ@mail.mil no later than 8 July 2020 by 5:00 p.m. EDT. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to mary.k.prebensen.civ@mail.mil and �Patrick.s.balogh.civ@mail.mil �no later than 6 July 2020 by 5:00 p.m. EDT. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ce7d95da0634d79a838924c78134294/view)
 
Record
SN05701309-F 20200626/200624230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.